Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

70 -- Questionmark Windows Authoring Manager Licenses (Unlimited) - Brand Name Justification and Approval for Questionmark Windows Based Authoring Manager Licenses (Unlimited)

Notice Date
6/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-10-T-0008
 
Archive Date
7/6/2010
 
Point of Contact
Rehana Lakdawala, Phone: 210-652-6395, Jo A. Hagee, Phone: 2106526388
 
E-Mail Address
rehana.lakdawala@randolph.af.mil, jodie.hagee@randolph.af.mil
(rehana.lakdawala@randolph.af.mil, jodie.hagee@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval (J&A) for Brand Name Questionmark Windows Based Authoring Manager Licenses (Unlimited) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is FA3002-10-T-0008 and will be issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41, effective 13 May 2010. The NAICS Code is 423430; small business size standard is 500 employees. This acquisition is being pursued as Unrestricted. ITEM#/ DESCRIPTION QTY PRICE 0001 Questionmark Windows 1 Each ______________ Authoring Manager Licenses (Unlimited) TOTAL PRICE: ______________ Contractor shall provide one (1) copy of related documentation for each software release item provided under the terms of the software subscription plan. Licensee has the right to make extra copies of Related Documentation up to the number of copies licensed; provided Licensee reproduces all proprietary right notices which appear on the original version of Related Documentation. All deliverables must meet professional standards and meet the requirements set for in the purchase order and associated orders. All material produced under this task order shall become the sole property of the USAF. Delivered Questionmark Software products will be in the most current version, and will include all new releases and software "bug fixes" since the version release. Place of Delivery and Acceptance Address: HQ AETC/A5RI 100 H. Street, Ste 3 Randolph AFB, TX 78150 Attn: Mark A. Pennington UIC: F3PF3D Delivery Schedule: No Later Than 1 Jul 10 FOB Destination FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), is applicable to this acquisition; including the following addendum. Addendum to FAR 52.212-1(j), Offerors shall submit Cage Code, and Tax ID number with their quotes. Reminder: To be eligible to receive an award resulting from this solicitation, contractor must be registered with the DoD Central Contractor Registration (CCR) database. To register with CCR visit http://www.ccr.gov, NO EXCEPTIONS. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), is applicable to this acquisition. Government intends to evaluate offers based on price alone. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - (Aug 2009), Alternate I (Apr 2002) is applicable to this acquisition. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), is applicable to this acquisition FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2010), is applicable to this acquisition; The following provisions and clauses also apply: 52.219-14 -- Limitations on Subcontracting 52.222-3 -- Convict Labor 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies 52.222-21 -- Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity (E.O. 11246) 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans. 52.222-36 -- Affirmative Action for Workers With Disabilities 52.222-37 -- Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13 -- Restrictions on Certain Foreign Purchases 52.227-19 -- Commercial Computer Software License 52.232-1 - Payments 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) 252.204-7001 -- Commercial and Government Entity (CAGE) Code Reporting 252.204-7004 - Alternate A. Central Contractor Registration 252.225-7002 -- Qualifying Country Sources as Subcontractors 252.225-7031 -- Secondary Arab Boycott of Israel 252.232-7010 -- Levies on Contract Payments ADDITIONAL CLAUSES: 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) Fill in as followed at this address: http://farsite.hill.af.mil. (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) Fill in as followed at this address: http://farsite.hill.af.mil. (End of Clause) 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010), is applicable to this acquisition; The following clauses within 52.212-7001 also apply: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). Alternate I (JUL 2009) of 252.225-7036. 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). 5352.201-9101 - Ombudsman (Aug 2005), is applicable to this acquisition; fill in as follows: If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM Ombudsman, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB, TX 78150-4304, 210-652-5815; facsimile 210-652-8348. (End of clause) All questions concerning this RFQ must be in writing to Ms. Rehana Lakdawala (Contract Specialist) or Jo Ann Hagee (Contracting Officer) via email address provided below. RFQ's shall not exceed 10 pages, and must be submitted in writing via email to: Primary: Rehana Lakdawala, rehana.lakdawala@randolph.af.mil Alternate: Jo Ann Hagee, jodie.hagee@randolph.af.mil Responses are due NLT 1:00 PM CST, 21 Jun 2010. RFQ's received after this time and date may not be evaluated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-10-T-0008/listing.html)
 
Place of Performance
Address: HQ AETC/A5RI, 100 H Street, Ste 3, Randolph Air Force Base, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02179227-W 20100618/100616235009-0842f03f5d96397c21336a8f540c3e1c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.